Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

Lifting Equipment Safety Management Systems (LESMS) Operators and Managers Course

  • First published: 01 December 2024
  • Last modified: 01 December 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04c154
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
01 December 2024
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Royal Navy, part of the UK Ministry of Defence, intends to award a 5 year contract with a value of £128,600 to Imes International Ltd for the provision of training to Royal Fleet Auxiliary (RFA) personnel in use of the Lifting Equipment Safety Management System (LESMS). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because IMES are the manufacturers of the LESMS and the only supplier with the technical knowledge and understanding to train the RFA in the effective use of the system. This training is crucial in the effective operation of the Lifting Equipment Safety Management System. There are no other suppliers who are able to produce and deliver the required training in the use of the LESMS as IMES do not allow any other company to provide this and failure to procure would jeopardize safe operation and maintenance of this system across all RFA vessels.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting entity

I.1) Name and addresses

Ministry of Defence

Portsmouth

UK

E-mail: lee.culshaw100@mod.gov.uk

NUTS: UK

Internet address(es)

Main address: https://contracts.mod.uk/

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Lifting Equipment Safety Management Systems (LESMS) Operators and Managers Course

Reference number: 713223457

II.1.2) Main CPV code

79632000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Royal Navy, part of the UK Ministry of Defence, intends to award a 5 year contract with a value of £128,600 to Imes International Ltd for the provision of training to Royal Fleet Auxiliary (RFA) personnel in use of the Lifting Equipment Safety Management System (LESMS). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because IMES are the manufacturers of the LESMS and the only supplier with the technical knowledge and understanding to train the RFA in the effective use of the system. This training is crucial in the effective operation of the Lifting Equipment Safety Management System. There are no other suppliers who are able to produce and deliver the required training in the use of the LESMS as IMES do not allow any other company to provide this and failure to procure would jeopardize safe operation and maintenance of this system across all RFA vessels.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 128 600.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Royal Navy, part of the UK Ministry of Defence, intends to award a 5 year contract with a value of £128,600 to Imes International Ltd for the provision of training to Royal Fleet Auxiliary (RFA) personnel in use of the Lifting Equipment Safety Management System (LESMS). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because IMES are the manufacturers of the LESMS and the only supplier with the technical knowledge and understanding to train the RFA in the effective use of the system. This training is crucial in the effective operation of the Lifting Equipment Safety Management System. There are no other suppliers who are able to produce and deliver the required training in the use of the LESMS as IMES do not allow any other company to provide this and failure to procure would jeopardize safe operation and maintenance of this system across all RFA vessels.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure without prior publication

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Explanation:

The Royal Navy, part of the UK Ministry of Defence, intends to award a 5 year contract with a value of £128,600 to Imes International Ltd for the provision of training to Royal Fleet Auxiliary (RFA) personnel in use of the Lifting Equipment Safety Management System (LESMS). In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because IMES are the manufacturers of the LESMS and the only supplier with the technical knowledge and understanding to train the RFA in the effective use of the system. This training is crucial in the effective operation of the Lifting Equipment Safety Management System. There are no other suppliers who are able to produce and deliver the required training in the use of the LESMS as IMES do not allow any other company to provide this and failure to procure would jeopardize safe operation and maintenance of this system across all RFA vessels.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

Contract No: 713223457

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

29/11/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Imes International Ltd

Aberdeen

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 128 600.00  GBP

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence

Portsmouth

UK

VI.5) Date of dispatch of this notice

29/11/2024

Coding

Commodity categories

ID Title Parent category
79632000 Personnel-training services Personnel services except placement and supply services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lee.culshaw100@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.